SOLICITATION NOTICE
59 -- NY Antenna Installation
- Notice Date
- 2/7/2020 11:04:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- NATIONAL CONTINUITY SECTION(CON50) BERRYVILLE VA 22611 USA
- ZIP Code
- 22611
- Solicitation Number
- WX00900Y2020T
- Response Due
- 3/6/2020 9:00:00 AM
- Archive Date
- 03/21/2020
- Point of Contact
- Thomas E. Crouch, Phone: 5405427007
- E-Mail Address
-
thomas.crouch.3@fema.dhs.gov
(thomas.crouch.3@fema.dhs.gov)
- Description
- RFQ WX00900Y2020T New York Antenna Installation Project This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice.� This requirement is also being solicited through a mandatory DHS Strategic Sourcing Vehicle; however, if open market pricing is lower than the quotes received from the strategic sourcing RFQ, FEMA may award to an open market source. An RFQ is also being posted DHS Strategic Sourcing Vehicle TACCOM II under the TC2 Category.� This announcement constitutes the only solicitation,� Quotes are being requested and no other solicitation will be issued on FBO.� This solicitation is being issued as a Request for Quotation (RFQ).� The RFQ clauses and provisions are those in effect through Federal Acquisition Circular 2020-04.� The NAICS code for this requirement is 237130.� The following FAR Clauses/Provisions apply to this requirement: (NOTE: all referenced FAR provisions may be accessed electronically at http://acquisition.gov/far.)� FAR 52.212-5, Contract Terms and Conditions Required to Implement States or Executive Orders-Commercial items, applies to this acquisition: 52.204-19, 52.204-24, 52.204-25, 52.204-26, 52.212-1, 52,212-2, 52.212-3, 52.212-4, 52.212-5, 52.216-24, 52,216-25, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52,222-41, 52.222-50, 52.223-18, 52.225-13, 52.225-25, 52.232-33, 52.232-39 and 52.233-3. Source selection will be based on a Low Price, Technically Acceptable (LPTA) basis� Offerors should submit a brief technical submission, not to exceed three (3) pages. Addressing each of the Technical Evaluation Criteria shown below.� Responses to each of the Technical Evaluation Criteria will be rated either ACCEPTABLE or UNACCEPTABLE.� In order to be determined Acceptable overall, technical submissions must be rated ACCEPTABLE for each of the Technical Evaluation Criteria. Information to be provided by the Offeror Technical Submissions Schedule � Offerors should describe their proposed schedule to perform the work in accordance with the SOW. Resources � Offerors should describe the resources they plan to utilize to perform the work in accordance with the SOW. Past Performance � Offerors should provide telephone and e-mail contact information for three references for which they have performed similar work to that in the SOW.� References will be contacted and asked to rate the quality of the Offeror�s work on an ACCEPTABLE/UNACCEPTABLE basis. Pricing Submissions Offerors should provide a firm fixed price quote to complete all the requirements of the SOW.� Offeror should show how the proposed firm fixed price was determined, including a breakout of costs such as labor, equipment, travel, etc.� This pricing information should be consistent with the Offeror�s Technical Submission and will be used to evaluate price realism and reasonableness. Other Information: No site visit is planned for this requirement.� Please see the photos contained in the Statement of Work. SAM Registration Offeror Representation and Certifications: Prospective Offerors must be registered and that registration active in the SAM database�prior to award.� Information on registration may be obtained electronically at�https://www.sam.gov/portal/public/sam/ or by calling 1-866-606-8220.� If�currently�registered in SAM, please state such in your submission and provide your DUNS�number.� If the Offeror has not completed FAR 52.212-3, Offeror Representations and�Certifications � Commercial Items in SAM, the Offeror should include a completed copy�of that provision with their quote. Written responses to this RFQ must be received no later than 12:00 PM EST, 03/06/2020 and shall be sent electronically to Thomas.crouch.3@fema.dhs.gov.� Technical questions must be received no later than 2:00 PM/EST on 02/19/2020 and must be emailed to Mr. Crouch at Thomas.crouch.3@fema.dhs.gov.� Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fd687e3b31634d359f936c20954b7b7f/view)
- Place of Performance
- Address: Brooklyn, NY 11201, USA
- Zip Code: 11201
- Country: USA
- Zip Code: 11201
- Record
- SN05554818-F 20200209/200210120632 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |